SPECIAL NOTICE
J -- Preventative Maintenance Services Ice Machines
- Notice Date
- 9/29/2023 2:08:10 PM
- Notice Type
- Special Notice
- NAICS
- 811412
— Appliance Repair and Maintenance
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25024P0028
- Response Due
- 9/30/2023 12:00:00 PM
- Archive Date
- 10/30/2023
- Point of Contact
- Bartelt, Michele R., Contracting Officer, Phone: 734.845.5623, Fax: Not Applicable
- E-Mail Address
-
Michele.Bartelt@va.gov
(Michele.Bartelt@va.gov)
- Awardee
- null
- Description
- Intent to Sole Source Preventative Maintenance and Services Ice Machines The Department of Veterans Affairs, Network Contracting Office (NCO) 10, John D. Dingell VA Medical Center, 4646 John R Street, Engineering Services (138), Detroit, MI 48201-1916 intents to award a firm fixed price contract for the Preventative Maintenance and Services on the Ice Machines. This contract covers the Preventative Maintenance and Services on 48 Ice Machines at the John D. Dingell VA Medical Center and the Valor Center that are in Detroit, MI. Each Ice machine is required to have a Preventative Maintenance every six (6) months and work to be performed per the Original Equipment Manufacturers (OEM) Recommendations for optimal performance. This shall include but not limited to the following: Clean and sanitize the water system. Clean air filters on air-cooled models, check external filter system and change the cartridges as needed. Check inlet water valve screens, Conduct bearing and auger inspections on extruded ice makers. Conduct a visual inspection of the components, controls, and wiring for oil spots, loose wires, loose fasteners, corrosion, etc., and clean the bin interior and unit exterior. The 48 Ice Machines requiring Preventative Maintenance with the Corresponding Model Number and the existing type and size of each of the government owned Ice Machines include the following: 44: Follett / Model # 25C1425A-S 1: Hoshizaki / Model # DCM-500BAH-OS 1: Hoshizaki / Model # KM-520MAJ 1: Scottsman / Model # AFE325AE1A 1: Scottsman / Model # F0822A-1E In addition to providing the Preventative Maintenance and Services the contractor shall provide the following filters: Follett, 1: EV962451, 1: EV953412 The Period of Performance shall begin on October 01, 2023, and expiring on September 30, 2024, with three (3) Optional Years. In accordance with FAR, Section 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. The Department of Veterans Affairs intends to award to the following Vendor: Janssen Refrigeration Company, Inc. 26725 Bunert Road Warren, MI 48089 The Associated North American Industry Classification System (NAICS) 811412 (Appliance Repair and Maintenance). The Business Size Standards in Millions of Dollars is calculated at $19 Million. The Sole Source Rationale is based on the Government s belief that Janssen Refrigeration Company, Inc., currently provides these Preventative Maintenance and Services at the John D. Dingell VA Medical Center. The Technicians shall have a minimum of three (3) years experience working on the Ice Machines located at the facilities. In addition, the technicians are required to possess the Universal Refrigerant Usage Certification and EPA Certified Technicians for handling refrigerants. In addition, the Technician shall notify the Mechanical Supervisor of any additional repairs required on the government owned equipment and shall properly complete the John D. Dingell VA Medical Center and the Valor Center, Preventative Maintenance Paperwork upon the completion of work. The Technician shall immediately sticker each machine according to the OEM and Facilities policies. Emergency repairs are required within four (4) hours and Janssen Refrigeration Company, Inc. is within the Service Area and can have a Certified Technician at the John D. Dingell VA Medical Center and the Valor Center in less than the required four (4) hour requirement. This Notice of Intent is not a Solicitation or Request for Competitive Quotes or Offers. No solicitation package is available. A determination not to compete this requirement is solely within the discretion of the Federal Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Supporting evidence must be furnished in detail to demonstrate the ability to meet the subject requirement. This information shall be provided at no cost or obligation to the Federal Government. Responses must be received no later than 1:00 pm (EST) on September 30, 2023. All responses shall be submitted to Michele R. Bartelt via e-mail at Michele.Bartelt@va.gov Telephone or faxed inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f7c60401816f4a3a9b84400c5a5e6712/view)
- Record
- SN06849679-F 20231001/230929231049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |